Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2006 FBO #1609
SOLICITATION NOTICE

58 -- The FISCN, Contracting Department, Phila Office intends to solicit on a 100% small business set-aside basis for ten (10) each of Physical Inspection Search Kits in support of the NCIS, Wwashington

Notice Date
4/21/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00140 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0014006Q1866
 
Response Due
5/23/2006
 
Archive Date
6/22/2006
 
Description
The Fleet and Industrial Supply Center Norfolk, Contracting Department, Philadelphia Division intends to solicit on a total small business set-aside basis for ten (10) each of Physical Inspection Search Kits in support of the Naval Criminal Investigative Service, Washington DC. Request for Quotation N00140-06-Q-1886 contemplates a Firm Fixed Price type purchase order contract with delivery on an FOB Destination basis no later than 60 days ARO. The applicable North American Industry Classification System code is 334290 with a size standard of 750 employees. This is a combined synopsis/solicitation for commercial items prepared in accordance with the with the format prescribed in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, and in conjunction with FAR Subpart 13.5, Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-07. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. It is requested that qualified sources are capable of providing the following Contract Line Item Number (CLIN): CLIN 0001, Quantity 10 each, Physical Inspection Search Kit in accordance with the specifications delineated below. Specifications 1. General. This Physical Inspection Search Kit will be used to perform non-destruction inspections of walls, ceilings, conduits, and various other area that are considered too restrictive to provide access by any other means. These kits must be obtained from one provider to assure that various components are interchangeable with each other. Each kit shall be self-contained, easily transportable, a nd can be operated by one person. 2. Minimum Pole System Requirements. Each kit must contain a telescoping, articulating pole that when extended reaches nine (9) feet in length and when collapsed is no longer than four (4) feet in length. At a minimum, the exterior of the handle of the pole must be made of non-conductive materials to prevent electrical shock. The articulating system must mechanically control the camera head from the handle and at the handle provide the user with clear indication (either digital display or other mechanical system/display) as to the position and angle of the camera head. Camera head articulation from the center position must be at least ninety (90) degrees to the left and right for a total articulation of one hundred and eighty (180) degrees. The pole system (excluding the monitor/controller) and all of the cameras (excluding the thermal camera) must provide waterproof connections so that when a camera is attached to the pole system, any of! the cameras (excluding the thermal camera) can be lowered to a depth of eight (8) feet below water and the complete system remain waterproof. 3. Minimum Ultra Low Light Camera Requirements. Each kit must contain one (1) Ultra Low Light Camera. The connector on the Ultra Low Light Camera must be the same as all other connectors on the other cameras specified in the kit and be interchangeable without the use of an adapter, and mount atop the pole system. Must be a monochrome camera with an outside dimension that will allow the entire camera assembly (camera, lens and LED array if applicable) to pass through a round hole that is 2.5-inches in diameter. Achieve an effective Lux rating of 0.00003 or greater. Must have a 3.6-millimeter lens with at least eighty (80) degree Field of View (FOV). Light Emitting Diode (LED) Array must provide illumination to at least sixty (60) feet in total darkness. The entire assembly (camera, lens, and LED Array) must provide a waterproof! connection so that when the assembly is attached to the pole system i t can be lowered to a depth of eight (8) feet below water and the complete system remain waterproof. 4. Minimum Thermal Camera Requirement. Each kit must contain one (1) Thermal Imaging Camera. The connector on the Thermal Imaging Camera must be the same as the connectors on all other cameras specified and be interchangeable without the use of an adapter and mount atop the pole system. Must have at least a fifty (50) degree Field of View (FOV). The Thermal Camera assembly (camera, lens and LED array if applicable) must have an outside dimension that will allow the entire camera assembly (camera, lens and LED array if applicable) to pass through a round hole that is 2.5-inches in diameter. Must operate in the long wave (8 to 14 microns) spectral band. Must be weather proof. 5. Minimum Low Light Color Camera Requirements. Each kit must contain one (1) Low Light Color Camera. The connector on the Low Light Color Camera must be the same as the connectors on all other cameras specified and be interchangeable without the use of an adapter and mount atop the pole system. Must have a six (6) millimeter lens with at least a fifty (50) degree Field of View (FOV). Achieve an effective Lux rating of 0.03 or greater. The Low Light Camera assembly (camera, lens and LED array if applicable) must have an outside dimension that will allow the entire camera assembly (camera, lens and LED array if applicable) to pass through a round hole that is 2.5-inches in diameter. The entire camera assembly must provide a waterproof connection so that when the assembly is attached to the pole system it can be lowered a depth of eight (8) feet below water and the complete system remain waterproof. 6. Minimum Monitor/Controller Requirements. Each kit must contain one (1) Monitor/Controller. The monitor must provide at minimum, a five (5) inch diagonal, color Liquid Crystal Display (LCD), not to exceed a seven (7) inch diagonal display color LCD with a minimum resolution of 960 dots x 234 lines. Must be capable of being worn in various configurations to include belt, vest and chest harness worn using factory harnessing/clasps without modification or non-system materials/components. Must have individual controls for image color, brightness, contrast, and hue. Must have at least one (1) camera input and one (1) audio/video output. When mounted on the belt or chest harness the monitor must easily adjust/articulate near ninety degrees to provide optimal viewing from multiple configurations and various angles encountered during use. Must have the ability to invert the display image, in order to allow other individuals to view the image with proper orientation. Shall not weigh more than five (5) pounds total weight including internal power source. 7. Minimum Color VideoScope Kit Requirements. Each kit must contain o n one (1) color videoscope kit. The video scope probe must be six (6) meters in length and six (6) millimeters in diameter. The videoscope must be a true (industry standard) videoscope, not a fiberscope. The Charged Couple Device (CCD) camera must be mounted at the working end (tip) of the videoscope probe, not located at/near the operator, monitor/control-handle end. Exterior of the probe must be of a non-conductive material to avoid electrical shock. Must have a battery powered five (5) watt LED white light source. Must have a twenty-four (24) Watt AC powered light source. Must have a non-conductive guide tube for videoscope probe. Must be capable of providing video imagery to the monitor previously described in the above specifications. Articulation must be controllable from the handle via single hand operation. Must have at least a fifty (50) degree Field of View. Must be able to achieve a minimum of ninety (90) degrees of articulation, from center position,! in all directions. Must contain a ninety (90) degree optical tip adapter. 8. Minimum Power Requirements. All equipment listed above must be interchangeable and have the ability to operate on both 120/240volts AC and various DC power sources. All components of the kit must have the ability to be operated using a belt worn adapter that allows for the utilization on an 18 Volt DC ?DeWalt? battery source for battery commonality and reduced weight. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Quotation Requirements Contractors are required to submit their quotes in two separate parts as follows: Part I Technical Information shall not exceed 50 pages. This part shall contain descriptive literature (or any other supporting documentation) to show evidence that proposed product meets the specification requirements and Past Performance information. Part II Price quotation EVALUATION - COMMERCIAL ITEMS (FAR 52.212-2) The Government will award a contract resulting from this solicitation to the responsibl e offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes with both factors considered to be of equal importance: Past Performance and Price. Offerors are advised to include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications-Commercial Items, with their offer. The clauses at 52.212-4, Contract Terms and Conditions-Commercial Items. The clauses at 52.212-5 and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition, with the following clauses checked as applicable: 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans or Vietnam era, and 52.222-36, Affirmative Action for Workers with Disabilities. Offers shall be received in the bid room or in the depository located in the bid room at FISC, Norfolk Contracting Department, Philadelphia Division, BLDG 2B, 700 Robbins Ave., Philadelphia, PA 19111 no later than 4 P.M.(local time, Philadelphia, PA) on 23 May 2006 . All responses should be directed to the Contract Negotiator at the address shown above, Attn: Code 260.1D at (215) 697-9601. Also, request that quote and technical portion be sent via e-mail to: jay.gardner@navy.mil.
 
Record
SN01032964-W 20060423/060421221311 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.